Brazos Transit District. RFP#: Date: 10/31/2018. Creative Bus Sales Requests for Pre-Offer Change or Approved Equal: Page 1

Similar documents
Flexible Anytime, Transformable Forever

PART 665 BUS TESTING. Subpart A General. 49 CFR Ch. VI ( Edition)

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

Questions and Answers

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

City of Winder Proposal for Fleet Maintenance Service 2013 Attachment A

May 11, 2018 On or before 2:00pm

TORONTO TRANSIT COMMISSION REPORT NO.

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

Addendum No. 1 Information for Bid (IFB) V1488 Heavy- Duty Low Floor Cutaway Paratransit Bus

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

City of Jeffersontown PROJECT SCOPE & DESCRIPTION

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

Greater Cleveland Regional Transit Authority

Request for Proposal for Trolley Security Services

used only in conjunction with university sponsored activities. Talking on cell phone or texting while driving are prohibited.

ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS. July 3, 2018

City of Storm Lake Fire Department Heavy Rescue Specifications

Assisted School Travel Program. Eligible Service Provider Request for Increased Run Capacity

Ohio Alternative Fuel Vehicle Conversion Grant Program. Information Session January 25, 2018 Updated February 27, 2018

NIAGARA FRONTIER TRANSPORTATION AUTHORITY

CITY OF CORALVILLE th Street, Coralville, IA

Board of Directors authorization is required for all goods and services contracts obligating TriMet to pay in excess of $500,000.

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

Qualifying trucks must be a Class 3 to Class 8 truck with a history of operating in Hunts Point and/or Port Morris.

Central Florida Regional Transportation Authority d.b.a.

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

INVITATION FOR BID NO Addendum #2 Fleets for the Future - Alternative Fuel Vehicles

2010 International Application Guide Volume 9 Issue ENTERVAN

Braun Public Use. Paratransit Conversion Rev A

American Public Transit Association tandard rocurement uidelines

VEHICLE PREVENTIVE MAINTENANCE PROGRAM PURPOSE AND COMPONENTS OF A VEHICLE MAINTENANCE PROGRAM

Muni Forward: Get On Board! Siemens S200 SF Light Rail Vehicle

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION

CNG LPG PRODUCT OFFERINGS

GHG Emissions A Canadian Perspective

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

Nations Bus Sales REPRESENTING Mobility Transportation Services

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

TORONTO TRANSIT COMMISSION REPORT NO.

Grant Funding for School Bus Replacements

Motor Vehicle Modifications. A. Motor vehicle modification services include the following:

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

2016 YANMAR Agricultural Equipment Dealer Program Summary - U.S.

PRINTING OF BMI WHEELS

COMPRESSED NATURAL GAS (CNG) BUS ENGINES

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

Comprehensive Automotive Mobility Solutions for Veterans

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

Assistance Towards the Purchase and Upkeep of Minibuses

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

Department of Finance Purchasing Department INVITATION TO BID

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

Presentation to the Committee on Transportation and Infrastructure. Infrastructure Investment: Ensuring an Effective Economic Recovery Program

Solar-Wind Specific Request for Proposals

Inland Truck Shortage in North America. February 2018

APPROVE CONTRACT MODIFICATION AWARD

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer

Prime-Time Specialty Vehicles Company Introduction

MOTOR POOL SERVICES AND VEHICLES

CASH ALLOWANCES FOR BUSINESS OWNERS

DRAFT Evaluation Scores. Transit

Lower life cycle costs ahead.

Request for Qualifications. for

National Clean Diesel Rebate Program 2016 School Bus Replacement and Retrofit Funding Opportunity. Program Guide

Cargo Insulation & Isolation Systems

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Greater Cleveland Regional Transit Authority

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

TRANSIT CONNECT ELECTRIC BATTERY ELECTRIC VEHICLE E 450 BALANCE HYBRID ELECTRIC

XLP Plug-In Hybrid Electric Ford F-150 Pickup Truck

NORTH CAROLINA SHERIFFS ASSOCIATION

Everything You Need! Phone , Ext. 229

Adapting Motor Vehicles For People With Disabilities

VEHICLE SPECIFICATIONS CONVERTED WINDOW VAN with WHEELCHAIR LIFT REV 02/19

CHEROKEE NATION TAX COMMISSION MOTOR VEHICLE DIVISION RULES AND REGULATIONS

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

District-Wide Prop 39, Interior LED Lighting Upgrades Pre-Conference Meeting Re-Bid No January 9 at 10:00 AM Las Positas College

Rural School Bus Pilot Project Applicant Webinar February 16, 2017 Grant Specific Q&A

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

STAFF REPORT ACTION REQUIRED

ON-ROAD HEAVY-DUTY TRUCK APPLICATION

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

BLUE BIRD PROVEN PROPANE POWERTRAIN

Work Session. Agenda Item # 2. Meeting Date April 20, Daryl Braithwaite Public Works Director. Prepared By. Suzanne Ludlow City Manager

Request for Qualification for Comprehensive Plan Services RFQ#

INSTALLATION INSTRUCTIONS

Transcription:

Brazos Transit District Addendum #1 RFP#: 09232018 Date: 10/31/2018 The purpose of this addendum is the following: Page 2: Scope o o o Contract will be a fixed-price contract with an economic price adjustment allowable with the use of the Producer Price Index. In order to best serve the interest of BTD and to assist in properly determining and comparing the base bid prices for this procurement, BTD will use the "Total Year One price as the basis of the price evaluation. For this multi-year RFP BTD will allow the use of the Producer Price Index, Category 1413 WPU Truck and Bus Bodies (PPI 1413). This will allow for the adjusting of the price for future orders (years 2, 3, 4 and 5), based upon the change in economic conditions from the date of this contract award to the date the option orders are placed. References page 5: o Vendor and Manufacturer references should be easily reachable. Make sure the numbers and emails provided are valid and the reference contact is still employed there. If the reference is unreachable, unresponsive or no longer valid then points will be deducted from the total score for the offers bid package. Creative Bus Sales Requests for Pre-Offer Change or Approved Equal: Request #1 Page 57/Section 2.3 Please accept that Transit Works is not an ISO 9001:2000 facility but is a Ford QVM recognized modifier. Page 1

Request #2 Batteries Page 60/Section 13 Please note that Ford and Lift Manufacturers recommend dual batteries. Transit Works will have dual OEM batteries. Request #3 Bumpers Page 61/Section 18 Please accept that the Ford Transit does not have a chrome bumper. The Ford Transit is only available with the carbon black bumper. Request #4 Roof Page 61/Section 22 Clarification - The Interior roof liner on the Ford Transit modified by Transit Works is covered in an OEM composite material. Request #5 Wheelhouse Page 62/Section 25 Please accept that the wheelhouse on the interior of the Ford Transit will be covered in OEM plastic. Request #6 Warranty Page 53/Section 6.1 Please accept the standard warranty of the Ford Transit and the Transit Works Conversion. This varies from what is in the RFP but is the OEM standard warranty. Ford Transit Medium Roof- Chassis Warranty 3yr/36,000 miles bumper to bumper-- 5yr/60,000 mile powertrain Transit Works Conversion Warranty- 3yr/36,000 miles Braun Lift Warranty- 5yr warranty on Powertrain parts-all other parts are warranted for 3yr/10,000 cycles. Pro-Air AC Warranty- 2yr Unlimited Page 2

Page 3

Page 4

Page 5

Page 6

Page 7

Alliance Bus Group Requests for Pre-Offer Change or Approved Equal: Request #1 Wheels and Tires Page 61/Section 17 a) As a point of clarification, the size of the vehicle specified will come with seven (7) tires and not five (5) as stated in this section. b) The capacity requested of five (5) ambulatory and two (2) wheelchairs requires the use of a 22 chassis which is the Ford Transit U4X. Currently Ford no longer offers a 22 Transit van chassis with a single rear wheel axle which is FMVSS 226 compliant. c) The Ford Transit R3X (cargo chassis) featured a GVWR of 9,000lbs and a single rear wheel axle. Unfortunately, the chassis no longer meets FMVSS 226 Ejection Mitigation as it does not feature safety glass in the rear of the van. d) It is recommended that Brazos County utilize a 22 chassis as there is not ample space for two (2) wheelchair positions with the 48 length as suggested by ADA. Please see the attached diagram. We request that the agency provide a minimum chassis length to be provided. Request #2 Floor Page 61/Section 24 a) We request the approval of the use of the Line-X polyurea finish with the AbiliTrax flooring system. This product is provided by AbiliTrax with their floor system and requires no additional modification. This provides a more durable floor system as it is manufactured by a single party. Page 8

b) The Line-X protective coating is fully encapsulated with the floor which will further resist moisture damage over time. (See description below) Page 9

Page 10

Page 11

Request #3 Door and Step Well Page 62/Section 26 We request that a galvanized steel running board be accepted as an approved/equal. This product is designed for a heavy-duty/transit application and has been used in this application throughout the United States including cold weather climates. It has been our experience that powder-coated steps can chip and deteriorate over time. Please reference the picture below. Request #4 Wheelchair Securement and Seatbelts Page 64/Section 31 Although there is a shelf above the driver on the Ford Transit van, it is not recommended to be utilized as storage for anything heavy such as wheelchair tie-downs. We have seen instances where tie-downs have fallen out of these shelves and caused physical damage to the driver. It is our recommendation to consider the utilization of either storage bags or boxes. Request #5 Altoona Testing Report Tab 17 a) We request that if a manufacturer modifies the Ford OEM structure in any way, they be required to provide a copy of their Altoona testing report with their submission. This is to include the cutting/welding/drilling of the Ford OEM boron steel. Please reference the photo below. Page 12

b) We are requesting an exemption from the requirement of an Altoona Testing Report. Due to the chassis being utilized which are completed vehicles from Ford Motor Company, they are exempt from Altoona testing. c) The bus door conversion utilized by MobilityTRANS does not interfere with or modify the existing boron steel provided by Ford Motor Company. This conversion is completed in strict conformance with Ford OEM modification guidelines. MobilityTRANS is Ford Quality Vehicle Modifier (QVM) certified. BTD RESPONSE: BTD will accept this with the assumption the door in question will remain the factory style sliding door and not a modified bus style double swing door. Page 13

Page 14

Request #6 Liquidated Damages Section 3.9 a) As a commercial bus/van dealer or manufacturer, we have no control over the current or future lead times of Ford Motor Company. In the past six (6) months, we have experienced significantly longer than normal lead times on the Ford Transit van chassis. These lead times fluctuate without notice. b) Would the agency consider a delivery time frame that was based off of delivery post receipt of chassis? This would allow the agency to evaluate the delivery based on the ability of the van conversion company and the delivering dealer to deliver the product. We would be willing to provide bills of lading on the chassis upon receipt of chassis for the agency to use in their delivery requirement. c) Would the agency consider lowering the liquidated damages of $500 per day? This is substantially higher than the typical liquidated damages found on a purchase of this value. BTD RESPONSE: BTD will lower the liquidated damages to $100 per day. Texas Bus Sales Requests for Pre-Offer Change or Approved Equal: Request #1 Qualification Requirements Page 7, Section 1 Texas Bus Sales Respectfully Requests the elimination of: a) Offerors Financial Statements: Must be prepared in accordance with United States Generally Accepted Accounting Principles (GAAP) and audited by an independent certified public accountant authorized to practice in the jurisdiction of either BTD or the Offeror OR Financial statements that have been reviewed or compiled by an accountant. BTD RESPONSE: Not approved. b) Bonding: Ability to secure required bond(s) as evidenced by a letter of commitment from an underwriter confirming that the Offeror can be bonded for the required amount. BTD RESPONSE: Approved to remove. c) Financial Guaranty: Willingness of any parent company to provide the required financial guaranty evidenced by a letter of commitment signed by an officer of the parent company having the authority to execute the parent company guaranty. BTD RESPONSE: Not approved. Request #2 Contents Requirements Page 6, Tab 17 Texas Bus Sales Respectfully Requests the elimination of requirement of an Altoona Texting Report. FTA does not require testing of this type of vehicle. BTD RESPONSE: Approved. Page 15

Request #3 Liquidated Damages Texas Bus Sales Respectfully Requests the liquidated damages not exceed $50.00 per working day which is generally acceptable is TxDOT procurements. BTD RESPONSE: BTD will lower the liquidated damages to $100 per day. Request #4 Technical Specifications Page 57, Section 7 Texas Bus Sales Respectfully Requests the acceptance of OEM rear bumper. BTD RESPONSE: Approved. Request #5 Technical Specifications Page 67, Section 38.5 Page 16

BTD RESPONSE: Approved. Request #6 Qualification Requirements Page 7, Section 1 Texas Bus Sales Respectfully Requests the elimination of: $10,000,000 General Liability insurance policy and accept a $5,000,000 policy. BTD RESPONSE: Approved. Page 17